Strategic Management Consulting
ID: N6339425Q0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Professional and Management Development Training (611430)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking qualified small businesses to provide strategic management consulting services aimed at enhancing its strategic planning and performance management capabilities. The contractor will be responsible for developing a Customized Strategic Management Performance System, which includes a comprehensive 10-year strategic plan, annual operational plans for 2025 and 2026, and a performance monitoring system, while also providing training and support for strategic integrators. This initiative is crucial for aligning NSWC PHD's objectives with broader Department of Defense priorities and ensuring effective organizational transformation. Interested vendors must submit their quotes electronically by 3:00 PM Pacific Standard Time on February 20, 2025, and can contact Demi DeGarmo or Arthur P Wynn for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) seeks to enhance its strategic planning and performance management through a comprehensive consulting service. The contractor will develop a Customized Strategic Management Performance System, including a 10-year comprehensive strategic plan (2025-2035), annual strategic operations plans for 2025 and 2026, and a performance monitoring system. Key tasks include analyzing current strategies, validating command strategic directions, and creating a communication plan to foster employee engagement. The consulting service will involve training for strategic integrators, development of department initiatives aligning with command goals, and a performance tracking system with quarterly reports. The contractor must possess significant experience in strategic performance management and identify key personnel certified by the International Association for Strategy Professionals. Security clearances and performance within specified continental U.S. locations are required for tasks. Deliverables are to be submitted in various formats, including management plans, strategic plans, and performance reports, with specified timelines. Overall, the initiative emphasizes NSWC PHD’s commitment to strategic transformation and aligning with wider Department of Defense priorities to achieve organizational success.
    The Naval Surface Warfare Center Port Hueneme Division has issued a Combined Synopsis/Solicitation (Solicitation Number: N6339425Q0009) for Customized Strategic Management services, categorized under service code R410. This firm-fixed-price contract is designated for Women Owned Small Businesses (WOSB) and requires delivery within 15 weeks after receipt of order. Interested vendors must submit their quotes in PDF format via email by 02/06/2025, with confirmation of various administrative details and a detailed price breakdown, including costs for three distinct services covering a total of 36 months. Evaluation criteria prioritize the lowest price that meets the technical requirements, with acceptable performance ratings based on the vendor’s technical capabilities and past performance. To maintain transparency, amendments will be posted on Beta.Sam, and companies should remain vigilant for updates. This solicitation emphasizes compliance with federal regulations and small business programs, reflecting the government’s push for equitable contracting and support for small business enterprises in defense procurement.
    The Naval Surface Warfare Center Port Hueneme Division has issued a combined synopsis/solicitation (N6339425Q0009) for quotes on customized strategic management services for twelve-month periods across three fiscal segments. This federal solicitation, set aside for small businesses under NAICS code 611430, includes a firm-fixed-price contract with a delivery requirement of 15 weeks after order receipt. Interested vendors must submit their quotes electronically in PDF format by 3:00 PM Pacific Standard Time on February 20, 2025. The evaluation of quotes will focus on price and technical capability, assessing compliance with the provided Statement of Work. Vendors are required to submit detailed administrative information, a price breakdown, and certification statements related to past performance and veterans' employment compliance. The synopsis details mandatory clauses from the Federal Acquisition Regulation that govern the contract, highlighting requirements for small business participation and veteran engagement. This initiative emphasizes the government’s effort to ensure transparency, competitiveness, and the integration of veteran-owned enterprises in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting upcoming service contract opportunities as of January 23, 2025. The procurement encompasses a range of engineering services, including Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support, with a strong emphasis on participation from small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These contracts are critical for maintaining operational capabilities across various locations, including Florida, Hawaii, and California, with expiration dates extending into the late 2020s. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information regarding the opportunities and participation details.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    Propulsor Demonstration Hardware (PDH) Follow-On
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock, is soliciting proposals for the Propulsor Demonstration Hardware (PDH) Follow-On project. This procurement aims to develop and deliver advanced hardware solutions that support national defense research and development activities, specifically in the area of shipbuilding and repairing. The successful contractor will play a crucial role in enhancing the capabilities of naval propulsion systems, which are vital for maintaining the operational readiness of the U.S. Navy. Interested parties can reach out to Carlos Triay at carlos.triay@navy.mil or by phone at 954-926-5653, or Charles Renno at charles.l.renno.civ@us.navy.mil or 954-408-5391 for further details regarding the solicitation process.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    PowerWorld SW
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC Dahlgren), is soliciting proposals for the renewal of a maintenance contract and additional licenses for the “ATC SimAuto” simulator system. This procurement aims to enhance operational capabilities by ensuring the continued functionality and support of critical simulation technology, which is vital for training and operational readiness. Proposals must be submitted by 12:00 PM on February 19, 2025, and should comply with federal regulations, including a set-aside for small businesses. Interested contractors can reach out to Marica Rennie at marcia.m.rennie.civ@us.navy.mil or call 540-742-5921 for further details.
    NAVSUP Strategic Transformation
    Buyer not available
    Presolicitation DEPT OF DEFENSE NAVSUP Strategic Transformation: The Department of Defense, specifically the Department of the Navy, is seeking strategic contractor services to assist with transformation efforts. This multiple award, firm fixed price contract will support non-personal services that address challenges affecting NAVSUP and the Department of the Navy. The contract will focus on major engagement areas such as cross command supply chain reform, logistics response time reduction, supply chain and logistics technology, and enterprise transformations. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. Interested contractors can download the complete Request for Proposal (RFP) package from the beta.SAM website starting on or around March 15, 2021.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Professional services in support of the Naval Facilities Engineering Systems Command (NAVFAC) Expeditionary Program Office (EXPO).
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Expeditionary Program Office (EXPO), is seeking professional services to support its operations. The procurement aims to engage qualified firms that can provide administrative management and general management consulting services, which are crucial for effective program management and support. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of fostering small business participation in federal contracting. Interested parties can reach out to Lilibeth Colorado at lilibeth.g.colorado2.civ@us.navy.mil or 757-322-4919, or Linda Stein at linda.c.stein.civ@us.navy.mil or 757-322-4489 for further details.
    Shuttle Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotations for shuttle bus services to facilitate transportation between its headquarters in West Bethesda, Maryland, and the Washington Navy Yard, DC. This contract is specifically set aside for Women-Owned Small Businesses (WOSB) and requires the contractor to provide vehicles, fuel, drivers, and maintenance for a shuttle service operating Monday through Friday, accommodating up to fifteen passengers and ensuring compliance with government safety standards. The initiative is crucial for maintaining efficient transportation for Navy personnel while promoting inclusivity in government contracting. Quotes are due by February 20, 2025, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil or by phone at 301-312-3357 by February 18, 2025.
    OrcaFlex Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of OrcaFlex Software, specifically a single-user perpetual license with 12 months of maintenance and support. This acquisition is justified as a sole-source procurement due to the proprietary nature of the software, which is critical for high-precision hydrodynamic modeling and dynamic analysis in complex underwater marine mooring system projects. The OrcaFlex software, provided exclusively by Orcina Ltd., is deemed essential for meeting the technical and programmatic objectives of naval operations, with no comparable alternatives available. Interested parties must submit their capabilities statements by February 25, 2025, and can contact Tracy L. McDonough at tracy.l.mcdonough2.civ@us.navy.mil for further information.